|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 9,1999 PSA#2428Naval Surface Warfare Center, Code 1163, 300 Highway 361, Crane, IN
47522-5001 R -- SYSTEMS ENGINEERING SERVICES SOL N00164-99-Q-0277 DUE 091599 POC
Ms. Diane Pearson, Code 1163W7, telephone 812-854-5201, fax
812-854-3805; Ms. Luann Shelton,, Contracting Officer WEB: click here
to download copy of RFQ modification, http://www.crane.navy.mil.
E-MAIL: click here to contact via e-mail, pearson_d@crane.navy.mil.
This is a Combined Synopsis/Solicitation for noncommercial items
prepared in accordance with the format in FAR Subpart 13, as
supplemented with additional information included in this notice. This
announcement constitutes the only solicitation. A Written Solicitation
Will Not Be Issued. Solicitation Number N00164-99-Q-0277 applies and is
issued as a Request for Quote (RFQ). This solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97-13 and Defense Acquisition Circular 91-13. The
standard industrial code is 8711 and the dollar threshold is 2.5
million. This requirement is for engineering services in accordance
with the attached statement of work. The Government intends to
negotiate with one source, Tri-Star Engineering, Bedford, Indiana.
Tri-Star Engineering has been employed on the specific programs and
posses the corporate knowledge in relation to the specific required
background and has an extensive working knowledge of NSWC Crane
information technology infrastructure. A Firm-Fixed Price purchase
order will be awarded based on Simplified Acquisition Procedures (SAP).
The following provisions apply to this acquisition: 52.203-3
Gratuities; 52.222-25 Affirmative Action Compliance [FILL-IN];
52.222-26 Equal Opportunity; 52.232-1 Payments, 52.233-1 Disputes;
252.243-7001 Pricing of Contract Modifications; 52.246-1 Contractor
Inspection Requirements; 52.252-2 Solicitation Provisions Incorporated
by Reference; 52.219-1 Small Business Program Representations
[FILL-IN]; 52.232-23 Alt I Assignment of Claims; 52.222-36 Affirmative
Action for Workers with Disabilities; 52.225-11 Restrictions on
Certain Foreign Purchases; 52.222-41 Service Contract Act of 1965;
252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7009
Duty-Free entry Qualifying Country End Products and Supplies; 52.232-8
Discounts for Prompt Payment; 52.204-3 Taxpayer Identification
[FILL-IN]; 52.219-8 Utilization of Small, Small Disadvantaged and
Women-Owned Small Business Concerns; 52.222-21 Certification of
Nonsegregated Facilities; 52.222-35 Affirmative Action for Disabled
Veterans and Veterans of the Vietnam Era; 52.222-37 Employment Reports
on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy
American Act-Supplies; 52.233-3 Protest after Award; 52.243-1 Alt I
Changes-Fixed-Price; 52.211-14 Notice of Priority Rating for National
Defense Use; 52.222-3 Convict Labor; 52.249-4 Termination for
Convenience of the Government; 52.249-8 Default (Fixed-Price Supply and
Service); 52.232-25 Prompt Payment; 52.247-34 F.O.B. Destination;
Business The offeror should also provide its Commercial and Government
Entity (CAGE) code, Contractor Establishment Code (DUNS number) and
Tax Identification Number. If a change occurs in this requirement, only
those offerors that respond to this announcement within the required
time frame will be provided any changes/amendments and considered for
future discussions and/or award. All responsible sources may submit an
offer, which willbe considered by the Agency. Quotations and the above
required information must be received at the above contact point in
this office on or before 15 September 1999 at 12:00 PM (Noon) Eastern
Standard Time. Posted 09/07/99 (W-SN376967). (0250) Loren Data Corp. http://www.ld.com (SYN# 0079 19990909\R-0004.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|